Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

99 -- REPLACE ELECTRICAL SAFETY MATTING ONBOARD CG CUTTER - Attachment 1

Notice Date
3/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island, Building 54C, Alameda, California, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-09-Q-632058
 
Archive Date
4/17/2009
 
Point of Contact
Terry E. Craft,, Phone: (510) 437-3004, Donna J. O'Neal,, Phone: 510/437-3002
 
E-Mail Address
terry.e.craft@uscg.mil, donna.j.oneal@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 SOLICITATION DESCRIPTION AMENDED (PLEASE SEE ITEMS MARKED WITH * FOR CHANGES); Attachment 1 has been added. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The Request for Quotation number is HSCG89-09-Q-632058 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-30. This acquisition is 100% small business set-aside. The NAICS is 238330. The small business sized standard is $14M annually. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the replacement of Electrical Safety Matting on board the Coast Guard Cutter Rush (WHEC-723) at *BAE Systems San Francisco Ship Repair*, 70 Pier, San Francisco, CA 94107 SCOPE: Contractor will provide all materials, equipment and labor, to remove and dispose of all existing electrical safety matting in spaces identified. Repair and patch underlayment as necessary. Install new blue marbled electrical safety matting. Matting used must comply with MIL-M-15562G (copy available upon request). All other materials must be designated for use in shipboard environments. Work to be accomplished onboard USCGC Rush (WHEC-623), *BAE Systems San Francisco*, 70 Pier, San Francisco, CA 94107. * The contractor must have pre-approved clearace to access/work on BAE Systems property. This information must be provided to CWO Rodney C. Cates (510) 637-5464*. Estimate work to be accomplished in the following spaces (actual spaces and square footage to be determined during ship check). a.Elex II-170sf b.Elex I-310sf c.ET Shop-150sf d.CWIS Control Room-165sf e.CWIS Magazine-60sf f.MX-92 Transmitter Room-100sf g.Radio Room-350sf h.Vault(in radio)-40sf i.Radio Transmitter Room-80sf j.CIC Room-700sf k.MK75 Magazine-40sf l.EM Shop-150sf The period of performance to be determined. The contractor will be responsible for removing all equipment and tools as each space is completed. Contractor is also responsible for removing any glue or residue left on the matting after installation. Ship force personnel will remove and replace all interferences as required. The availability of Boutwell for Ship check TBD. Contact RUSH’s POC ETC Keith Ayotte (808) 842-2870. *Finally, BAE Systems Shipyard has priority with respect to work being completed on the RUSH. The Contractor awarded this work must understand they are required to work around the contracted dry dock work and they are not allowed in any way to interfere with this work*. NOTE: THE SERVICE CONTRACT ACT OF 1965 IS APPLICABLE TO THIS SOLICITATION. THEREFORE, THE DEPARTMENT OF LABOR’S WAGE DETERMINATION NUMBER 2005-2059, REVISION 7 APPLIES TO THIS PROCUREMENT. AWARD: This purchase will be based on the following criteria: Lowest price meeting or exceeding the minimum requirements. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration. FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on March Apr 02, 2009, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft, faxed to (510) 437-3014, Attn: Ms Terry Craft, or emailed to terry.e.craft@uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms, (4) Tax ID Number and (5) Duns Number.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9081956999aa4bcaeb6ec3db941e1351&tab=core&_cview=1)
 
Place of Performance
Address: Pier 70, San Francisco, California, 94107, United States
Zip Code: 94107
 
Record
SN01778453-W 20090328/090326215835-9081956999aa4bcaeb6ec3db941e1351 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.